Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

52 -- Scintillation Dectectors: Portable Monitors

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA National Acquisition Center, Department of Veterans Affairs National Acquisition Center, Department of Veterans Affairs;OA&L / National Acquisition Center;Building 37;1st Avenue, One Block North of Cermak;Hines IL 60141
 
ZIP Code
60141
 
Solicitation Number
VA-797-08-RP-0095
 
Response Due
8/18/2008
 
Archive Date
9/7/2008
 
Point of Contact
John Eldridge708-786-5185
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. Simplified acquisition procedures are utilized in this procurement. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. All interested Offerors shall provide a quote for the following line items: Line Item 0001: Quantity Four (4) Radiation Detector, Plastic Scintillation, Portable Contractor shall meet or exceed the following minimum required technical specifications: Indicated use--portable personnel radiation monitoring Characteristics--two on each side and one foot detector for a total detection volume of 780 in, threshold: 5 1 mv, alarm--indicated by red led, and audible signal (greater than 60 db at 2 feet), count time--adjustable from 0 - 20 seconds (0 second setting is for walk through mode), enter/checking--(green led) indicates system is ready for use. flashing led indicates a count is in progress. incomplete/updating--(amber led) indicates the user has stepped out of the portal before counting was completed, or that an update is in progress, failure--(red led) indicates a high or low background, infrared sensor--a retro-reflective sensor senses portal occupancy, parameters--all parameters are stored in non-volatile memory, output: rs-232 output for printer and relay output connectors located on the bottom of the electronics chassis, -85 - 250 vac, 50 - 60 hz single phase (less than 100 ma); or 3 ea. "d" cell batteries, battery life--typically 24 hours in a non-alarm condition, construction-- weather-tight housing, temperature range--+5 f(-15c) to 122 f(50 c), size-- 84"(213cm)h x 32"(81cm)w x 36"(91cm)d portal dimensions: 81"(206cm)h x 24"(61cm)w, weight--80 lbs (36kg) with bag shipping weight--110 lbs (50kg) (must not exceed 110 lbs), Overall size-- width of 40"(102cm) and an inside portal width of 32" (81cm). This additional 8" width clearance allows for usage of hospital gurneys, wheel chairs, etc. Line Item 0002: Quantity Four (4) Alpha-Beta survey scaler ratemeter, 848;0-1KCPM, rolled handle, 39 inches C Line Item 0003: Quantity Four (4) Alpha-Beta Scint, probe for subject Alpha-Beta survey Scaler Ratemeter Line Item 0004: Quantity Four (4) Check Source for subject Alpha-Beta Survey Scaler ratemeter, 137 37 kBq, 1pCi,. Line Item 0005: Quantity Four (4) Source Holder for subject Alpha-Beta Survey Scaler ratemeter. Line Item 0006: Quantity Twenty (20) Response Kit for subject Alpha-Beta Survey Scaler ratemeter, ERK-2, -9 & 133-7. Line Item 0007: Quantity Ten (10) Hand Held Meters for physicians, EW Handheld port. The Contractor shall state the warranty period and the coverage provided. Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. Delivery shall be FOB DESTINATION and be completed in accordance with the Contractors commercial schedule. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to VA Medical Center (EMSHG) 510 Butler Ave, Martinsburg, WV 25405. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and ConditionsCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-3, Buy American Act NAFTA with Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The Offeror shall state The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes shall be received not later than 3:30 PM local time, on August 18, 2008 at Department of Veterans Affairs, National Acquisition Center, P.O. Box 76, Bldg. 37 Hines, IL 60141. For overnight shipment send to following address: Faxes and Emailed quotes will be accepted: accordingly use POC information provided below. Point of Contact: John Eldridge John.eldridge@va.gov Ph: 708-786-5185 Fax: 708-786-5148
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ff0c78515cf7c1f3c8078699711aad8&tab=core&_cview=1)
 
Record
SN01626473-W 20080801/080730220912-8ff0c78515cf7c1f3c8078699711aad8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.